Water LIDAR

Solicitation number K3D44-180817/A

Publication date

Closing date and time 2017/12/27 14:00 EST


    Description
    Trade Agreement: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Vaisala Oyj
    P.O.Box 26
    Finland
    01670
    Nature of Requirements: 
    
    An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. 
    
    1. Definition of the requirement 
    
    Environment and Climate Change Canada (ECCC) has a requirement for the supply of one water vapour LIDAR. The unit must conform to the following specifications:
    
    Must have an operating temperature between -45 degrees C to +35 degrees C
    Must be fully automated and remote controlled with no operator required on-site
    Must operate in humidity ranges from 5% to 100%
    Must have an eye-safe classification 1M laser
    Must operate during precipitation, frost, snow, rim ice, and other severe weather conditions without operator support
    Must provide software that produces quick-look plots of attenuated backscatter profile and water vapour mixing ratio products. Software must also record and archive non-processed (raw) data as well.
    Must provide data processing algorithm, information on data format as well as the necessary software to read output data.
    Must be less than 2 m x 2 m x 2.5 m with minimum or no assembly required for field deployment (e.g., no internal alignment, optical adjustments, or electronic assembly required)
    Must weigh less than 250 kg
    Must operate outdoors without additional housing (e.g., no trailer required)
    Must have a measurement range from 50 m above the surface to at least 3 km (or up to the planetary boundary layer or cloud base height) for water vapour profile measurements
    Must have a measurement range of at least 15 km for backscatter observations
    Must have a resolution of 10 m or better for water vapour profile measurements
    Must have a resolution of at least 5 m for backscatter profile measurements
    Must have a temporal resolution that is user adjustable of 20 min or better for water vapour profile measurements
    Must have a temporal resolution of at least 30 s for backscatter profile measurements
    Must have an accuracy of < 10% g/kg for water vapour measurements above 2 g/kg
    Must have a water vapour profiling resolution of at least 0.1 g/kg for water vapour measurements above 2 g/kg
    Must have an Ethernet output port and analog inputs compatible with the lidar
    Must have storage capacity for at minimum 30 days’ worth of data
    Must have the capacity to view the status of the instrument, start and stop the instrument, and perform basic system maintenance (check disk usage, download data, delete and edit files) either remotely or locally
    Must be compatible with Windows 7 (or newer) or Linux
    
    2.  Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 
    
    Any interested supplier must demonstrate by way of a statement of capabilities that its unit meets the following requirements: 
    
    Must meet all technical criteria enshrined in 1. Definition of the Requirement
    The quality and environmental management system of the supplier must comply with ISO9001 and ISO14001 standards
    The supplier must provide proof of performance in the field during low water vapour mixing ratios (measured water vapour profile of < 3 g / kg from the surface to at least 1 km a.g.l.). Proof of performance measurements must be verified using coincident radiosonde observations.
    
    3.  Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreement(s): 
    Canadian Free Trade Agreement (CFTA) OR Agreement on Internal Trade (AIT)
    North American Free Trade Agreement (NAFTA)
    
    4. Justification for the Pre-Identified Supplier 
    
    The client has identified Vaisala as the sole product provider able to complete the requirement within both the technical parameters and the budgetary restriction identified. 
    
    5. Government Contracts Regulations Exception(s) 
    
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work".
    
    6. Exclusions and/or Limited Tendering Reasons 
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the:
    
    Canadian Free Trade Agreement (CFTA) - Article(s) 513
    North American Free Trade Agreement (NAFTA) - Article(s) 1016 
    
    7. Period of the proposed contract or delivery date 
    
    The equipment must be delivered on or before March 31, 2018, FOB Plant. 
    
    8. Cost estimate of the proposed contract 
    
    The estimated value of the contract, including option(s), is $148,000.00 (GST/HST extra). 
    
    9. Name and address of the pre-identified supplier 
    
    Vaisala Oyj P.O. Box 26 Vantaa 01670 Finland
    
    10. Suppliers' right to submit a statement of capabilities 
    
    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    11. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is December 27, 2017, 2:00 P.M. EST. 
    
    12. Inquiries and submission of statements of capabilities 
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Vincent Correia Reid
    Email : vincent.correia-reid@pwgsc-tpsgc.gc.ca
    Telephone : 613-545-8738
    Facsimile : 613-545-8067
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights
    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Correia-Reid, Vincent
    Phone
    (613) 545-8738 ( )
    Email
    Vincent.Correia-Reid@pwgsc.gc.ca
    Fax
    (613) 545-8067
    Address
    Kingston Procurement
    Des Acquisitions Kingston
    86 Clarence Street, 2nd floor
    Kingston, Ontario, K7L 1X3

    Buying organization(s)

    Organization
    Environment Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Procurement method
    Non-Competitive